Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 07, 2010 FBO #3178
SOLICITATION NOTICE

58 -- (1) Transducer, WLB (2) Transducer, Sonar, Assembly (3) Transducer, WLM - REQUEST FOR QUOTE

Notice Date
8/5/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC), 2401 Hawkins Point Road, Building 31, Mail Stop 26, Baltimore, Maryland, 21226-5000, United States
 
ZIP Code
21226-5000
 
Solicitation Number
HSCG40-10-Q-GC003
 
Archive Date
8/27/2010
 
Point of Contact
Laverne P. Redd, Phone: 410-762-6058, Toni Cheek, Phone: 410-762-6830
 
E-Mail Address
laverne.d.redd@uscg.mil, Toni.J.Cheek@uscg.mil
(laverne.d.redd@uscg.mil, Toni.J.Cheek@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
FL-6713-203 175-WLM-184-001 225-WLB-184-0001-A The United States Coast Guard Engineering Logistics Center has a requirement for the following items: Item no. 1. TRANSDUCER, WLB PART NUMBER: 225-WLB-184-0001-A NSN# 5845 01-518-7231 Quantity: ten (10) each Item no. 2. TRANSDUCER, SONAR, ASSEMBLY TRANSDUCER, SONAR, ASSEMBLY KIT CONTAINS GEM ELECTRONICS MODEL SS505 SST TRANSDUCER EPOXIED INTO STEEL ADAPTER PLATE & MOUNTING HARDWARE. USED ON AN/SZN-18 RETROFIT PLATFORMS PART NUMBER: FL-6713-203 NSN# 5845 01-518-7245 Quantity: twenty (20) each Item no. 3. TRANSDUCER, WLM PART NUMBER: 175-WLM-184-001 NSN# 5845 01-518-6920 Quantity: ten (10) each Delivery shall be F.O.B. Destination to USCG Engineering Logistics Center, Baltimore MD. Each unit to be individually packaged in accordance with specifications: SSP-PP&M-001 REV D dated 10/01/00. Bar coding is required. This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 2005-38 (AUG 2010) and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. This synopsis/solicitation is issued pursuant to FAR 6.203-1 and HSAM 3006.302-1. The resultant purchase order will be awarded using simplified acquisition procedures in accordance with FAR 13.5. Technical specification and the drawings necessary to manufacture these items are attached to this notice. Quotation shall include, proposed delivery in days, pricing for items individually packed, marked and bar coded, the company Tax Identification Number and Duns Number. Offeror must also fill out and return FAR Clause 52.212-3 Offeror Representations and Certifications-Commercial Items (Aug 2009). Quotations shall be received no later than August 12, 2010, by 12 noon with anticipated award date of August 13, 2010. All responsible sources may submit a quotation, which if timely received shall be considered by this agency. Award will be based on all items or none. When responding to this solicitation reference solicitation number HSCG40-10-Q-GC003. THE FOLLOWING HOMELAND SECURITY ACQUISITION REGULATION APPLIES TO THIS SOLICITATIION AND ANY SUBSEQUENT PURCHASE ORDER THAT MAYBE ISSUED FROM THIS SOLICITATION: _X_ HSAR 3052.209-70 Prohibition on Contracts with Corporate Expatriates (July 2007) Certification required below: OFFERORS MUST SUBMIT THE FOLLOWING INFORMATION ON THEIR QUOTE: Disclosure: The offeror under this solicitation represents that [Check one]: __ it is not a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.104-70 through 3009.104-73; __ it is a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.104-70 through 3009.104-73, but it has submitted a request for waiver pursuant to 3009.104-74, which has not been denied; or __it is a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.104-70 through 3009.104-73, but it plans to submit a request for waiver pursuant to 3009.104-74. (g) A copy of the approved waiver, if a waiver has already been granted, or the waiver request, if a waiver has been applied for, shall be attached to the bid or proposal. (End of provision) This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) FAC-2005-43, and FAR subpart 4.12 ANNUAL REPRESENTATIONS AND CERTIFICATIONS, the use of ORCA is mandatory as of January 1, 2005. ORCA is available through Business Partner Network (BPN), www.bpn.gov Contractors will use ORCA to electronically submit annual representations and certifications (REP & CERTS). Contractors will no longer be required to submit hard copies of ORCA, they must have Central Contractor Registration (CCR) record and a marketing partner identification number (MPIN). The NAICS code for this solicitation is 334511 and the small business size standard is 750 employees. The following FAR clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://www.arnet.gov/far. FAR 52.212-1, Instructions to Offerors-Commercial Items (June 2008); 52.212-4, Contract Terms and Conditions-Commercial Items (June 2010); and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items (July 2010). The following clauses listed in 52.215-5 are hereby incorporated: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (July 2010); 52.219-6 Notice of Total Small Business Set-Aside (June2003); 52.519-28, Post Award Small Business Program Rerepresentation (Apr 2009)(15 U.S.C.632(a)(2)). 52.222-3 Convict Labor (JUNE 2003)(E.O..11755) 52.222-19; Child Labor-Cooperation with Authorities and Remedies (July 2010)(E.O.13126) ; 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (Mar 2007)(E.O. 11246); 52.222-36, Affirmative Action for Workers with Disabilities(Jun 1998) (29 U.S.C. 793); ; 52.225-13, Restriction on Certain Foreign Purchases(Jun2008) (E.O.'s proclamations, and statutes administered by the office of Foreign Assets Control of the Department of the Treasury); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration(Oct. 2003)(31 U.S.C. 3332). Copies of clause may be obtained electronically at http://www.dhs.gov. The notice for filing agency protest can be accessed at site http://cgweb.comdt.uscg.mil. CGAP 3042.302-90 Valuation Requirements for the Acquisition of Spare Parts Purchased for Inventory Control Points from HQ Contracts (OCT 2008). Copies of CGAP clauses may be obtained electronically at: www.uscg.mil/acquisition/procurement/pdf/CIM_4200_19H.pdf
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-10-Q-GC003/listing.html)
 
Record
SN02230239-W 20100807/100805235426-d9fe13ffe568e1ca7d40c1496e3b0803 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.